Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
CHP
Myriad House, 33 Springfield Lyons Approach
For the attention of: Lucy Robinson
CM2 5LB Chelmsford
United Kingdom
Telephone: +44 1245613002
E-mail: MTljbFpwJWlmWWBlamZlN1pfZyVmaV4lbGI=
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/chp
Address of the buyer profile: https://in-tendhost.co.uk/chp
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Insurance and related services to CHP Ltd and all subsidiary companies.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 6a:
Main site or location of works, place of delivery or of performance: Focused around the Head Office and Housing stock in Chelmsford, Essex, plus other areas that are necessary to fulfil the Contract.
NUTS code UKH3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The nature of the contract is for the provision of Insurance and related services and claims handling services as required by CHP.
The contract will initially run for 3 years (or periods of insurance) commencing at midnight on 1.8.2017. CHP has the option to extend the contract at CHP's sole discretion for a further period of up to 2 years, the anticipated maximum contract award value being equivalent to 3, 4, or 5 times our annual insurance programme cost. The actual maximum contract spend is considered commercially sensitive at this stage.
II.1.6)Common procurement vocabulary (CPV)
66000000, 66516000, 66514110, 66518100, 66510000, 66518000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Non life insurance services and related services — see individual lots stated in this Notice.
The contracting authority ideally seeks a single provider for all Lots. Lots 1-3 will however be individually evaluated and therefore multiple awards may result. Where the respondent is an insurance broker, it may choose to place the insurance(s) required within Lot 1 with different insurers at its discretion, but full details of the risk carrier(s) will be required, for evaluation purposes. CHP Ltd will consider entering into Long Term Agreements with the bidder and / or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with ah option to extend the award period by up to 2 further years, subject to satisfactory service, performance and cost.
Estimated value excluding VAT:
Range: between 900 000 and 1 300 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: CHP Ltd will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk Carriers for 3 years (or 3 periods of insurance), with an option to extend the award period subject to service, performance and cost.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: A programme of General Insurance and related services for CHP Ltd
1)Short description
A programme of General Insurance and related services for CHP Ltd, excluding Motor Fleet risks and Engineering Insurance and Inspection contract. The programme will require Insurance and related services for risks that may include but not be limited to: property damage and business interruption, Employers, Public, Products and Property Owners liability, Business Combined/Office, Money, All Risks, Computer, Contract Works, Group Personal Accident, Professional Indemnity, Fidelity Guarantee/Crime, Employment Practices Liability, Cyber and Terrorism.
2)Common procurement vocabulary (CPV)
66510000, 66515200, 66518000, 66517300, 66519300, 66514110, 66513200, 66518100, 66516400, 66516000, 66515000, 66519500, 66512100, 66513100, 66516500, 66515100, 66519200
3)Quantity or scope
A programme of General Insurance and related services for CHP Ltd, excluding Motor Fleet risks and Engineering Insurance and Inspection contract (see Lots 2 and 3).
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
As stated in Tender Documents.
Lot No: 2 Lot title: Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and Occasional Business Use)
1)Short description
Insurance and related services for Motor Vehicle risks (possibly including Motor Legal Expenses and Occasional Business use extensions).
2)Common procurement vocabulary (CPV)
66514110, 66517300, 66518100, 66516100
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
As stated in Tender Documents.
Lot No: 3 Lot title: Engineering Insurance and an associated Inspection Contract
1)Short description
Engineering Insurance and Inspection contract for items of lifting plant, pressure plant, playgrounds and the like, all owned or managed by CHP Ltd.
2)Common procurement vocabulary (CPV)
71630000, 71631000, 71330000, 71631100
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
As stated in Tender Documents.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in Tender Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As stated in Tender Documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Potential suppliers will be required to provide an overview of services provided to property owners, public sector organisations, social landlords or other relevant organisations over the past five years, plus details of 3 clients currently receiving similar services. Potential suppliers will be asked to evidence permission by the FCA, PRA or other appropriate regulatory authority indicating the types of insurance/service the bidder is authorised to arrange or provide.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The tender documents will require providers to produce financial information in relation to the type of services offered, including but not limited to three years reports and accounts.
Minimum level(s) of standards possibly required: A minimum financial rating of A- from Standard and Poor's, or an equivalent rating Agency will be required of all risk carriers.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The tender documents will require providers to detail their relevant professional experience, resource, skills, qualifications and quality control practices.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: For Insurance services, Insurers authorised under the Financial Services and Markets Act 2000, Insurance Companies Act 1982 (and any other statutory modifications thereof) and regulated by the Prudential Regulation Authority, UK Financial Conduct Authority, or equivalent in another member state of the European Economic Area. Insurance Brokers registered with and regulated by the Financial Conduct Authority.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 6
Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CHP - 2017 - 0050
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.4.2017
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
26.4.2017
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 3 or 5 years from Contract Award.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Bidders should note that for reasons of Confidentiality, full Tender information will be made available only to those Bidders that are selected to proceed to the ITT Stage.
Sufficient detail is provided within the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process.
All respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff at the ITT stage.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
The High Court of England and Wales
United Kingdom
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will enter into this contract following a 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved Parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High EN Standard form 02 — Contract notice 12 / 19 Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Cabinet Office
United Kingdom
VI.5)Date of dispatch of this notice:
21.3.2017